SOLICITATION NOTICE
C -- ARCHITECTURAL AND ENGINEERING SERVICES FOR A SITE-SPECIFIC CONTRACT FOR THE DESIGN OF THE EMERGENCY DEPARTMENT AND 1ST AND 2ND FLOORS OF THE EVANS ARMY COMMUNITY HOSPITAL, FT. CARSON, COLORADO
- Notice Date
- 1/9/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
- ZIP Code
- 68102-1618
- Solicitation Number
- W9128F97R0012
- Response Due
- 2/8/2007
- Archive Date
- 4/9/2007
- Small Business Set-Aside
- N/A
- Description
- 1. CONTRACT INFORMATION: Unrestricted, Full and Open. One (1) Site-Specific Architect-Engineer Services contract is required for the Design of the Emergency Department and 1st and 2nd Floors of the Evans Army Community Hospital, Ft. Carson, Colorad o. The contracts will be acquired in accordance with PL 92-582 Brooks Architect-Engineers Act (40 U.S.C. 541) and FAR part 36. This contract will be managed by the Omaha District. North American Industrial Classification System code is 541330, which has a size standard of $4,500,000 in average annual receipts. The selection process and award of a contract under this Federal Business Opportunities (FBO) announcement shall be subjected to the prohibitions and restrictions of the Federal Acquisition Regulat ion (FAR), Subpart 9.5, Organizational and Consultant Conflicts of Interest. Types of services required for a Firm Fixed Price contract will include for site investigation and development, space planning, engineering studies, sustainable design, fact-findi ng session/design charrette, concept design, final design, interior design, building demolition design, parametric and construction cost estimating, construction phase services, temporary facilities design, and other services for the subject project. Cons truction phase services may include design during construction, construction submittal review and approval, site visits, and technical assistance. Other services may include Comprehensive Interior Design (CID), commissioning design and support, design of tenant improvements and support services, and startup services. Award of the contract is anticipated in February 2007. Prior to contract award, the firm may be subjected to a Defense Contract Audit Agency audit, to be determined by the Contracting Office r. 2. PROJECT INFORMATION: This project will require the design for the renovation of the 1st and 2nd floors, and Emergency Department of Evans Army Community Hospital. The project will include, but not be limited to, Allergy/Adult Immunology, Adult Behavio ral Health, Army Substance Abuse Program, Audiology, ENT, Physical Exam, General Surgery Clinic, Optometry, Occupational Therapy, Physical Therapy, Cardio/Pulmonary, Preventive Medicine, and administrative and support functions and a temporary facility for the Emergency Dept (during the renovation). Support facilities will include: utilities (water, sewer, gas, steam and electric services); site improvements including roadways, walks, fencing and storm drainage; communications and information systems; fire protection and alarm systems; temporary landscaping buffers, and public and emergency access space for the temporary facility; and demolition of the renovated spaces. Anti-Terrorism/Force Protection (AT/FP) measures will be included. Project will be des igned in accordance with Uniform Facilities Criteria (UFC) 4-510-01, Design: Medical Military Facilities [formerly MIL-HDBK-1191, DoD Medical Military Facilities Design and Construction Criteria]; the Americans with Disabilities Act and Architectural Barri ers Act Accessibility Guidelines for Buildings and Facilities; and UFC 4-010-01, Design: DoD Minimum Antiterrorism Standards for Buildings. The project will include the use of the U.S. Green Building LEED Green Building Rating System (Silver Rating). The design will be prepared in the English system of measurement. Construction cost estimates will be prepared using the Corps of Engineers Computer Aided Cost Estimating System (MCACES). Design drawings will be produced in CADD in a format fully compatible with Microstation version 8. Building Information Modeling (BI M) Bentley Architecture (Triforma) will be required for this design development. Specifications will be produced in SPECSINTACT using Unified Facilities Guide Specifications (UFGS). Responses to design review comments will be provided on the Corps of Eng ineers DrChecks Review Comment Management System. Project may include asbestos abateme nt and lead based paint abatement in connection with demolition of the existing renovation areas. The estimated construction cost of this project is between 20 to 30 million dollars. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a through e are primary. Criteria f through g are secondary and will only be used as ti ebreakers between technically equal firms. a. Specialized experience and technical competence of the firm and any consultants in: (1) Design experience of new and renovated medical/dental treatment facilities and support facilities, (2) Life safety and fire protection design of such facilities, ( 3) Environment of Care Standards by the Joint Commission for Accreditation of Healthcare Organization, (4) Knowledge of the locality of the project including geologic features, climate conditions, architectural context, local construction methods and mater ials, and local/state building codes and permit requirements, (5) Experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials, (6) Use of automated design tools described above (M-CACES, CADD, BIM, SPECSINTA CT, and DrChecks), (7) Examples of recent designs within the last five years are desired. b. Qualified currently licensed/registered professional personnel, either in-house or with consultants, in the following key disciplines and in the minimum number indicated for each discipline: project management (1), architecture (2), fire protection en gineering (2), sustainability design (1), mechanical engineering (2), electrical engineering (2), structural engineering (1), civil engineering (1), cost engineering (1), commissioning (1), plus industrial hygiene (certification) (1). Other key discipline s to be submitted: medical treatment facility planning (2), medical equipment planning (1), interior design (1), communications engineering (1), and designer experienced in the designing of medical material transport system (ABC System). Resumes contained in Standard Form (SF) 330 Architect-Engineer Qualifications, PART 1, Section E, Page 3 shall be submitted for each discipline for no more than the number of personnel indicated in parentheses above. Resumes shall not exceed one page. Availability of an adequate number of personnel in the key disciplines shall be presented to insure that the firm can meet the potential of working on multiple tasks. The evaluation will consider education, training, registration, overall and relevant experience, and longev ity with the firm. The lead fire protection engineer shall be registered as a professional fire protection engineer with the National Council of Examiners for Engineering and Surveys (NCEES) or, if registered as a professional engineer in a related engineering discipline, sh all have a minimum of five years of experience dedicated to fire protection engineering including a minimum of three years of experience in the design of medical facilities, a minimum of three years of experience in the testing of fire protection systems, a minimum of two years of experience in the interpretation and application of NFPA 101 and/or life safety requirements of model building codes, and a minimum of two years of experience in the design and/or review of fire suppression systems and fire alarm systems including review of shop drawings and sprinkler system hydraulic calculations. The lead electrical engineer shall have a degree in electrical engineering; shall be a registered professional engineer in electrical engineering with at least 10 years of experience in the design of medical facility low voltage normal and emergency power systems, lighting systems and medium voltage distribution systems; with at least three years of total electrical design responsibility for medical facilities; and shall be familiar with Corps of Engineers and industry criteria, guidance and standards. The communications systems engineer shall have a degree in electronics engineering or electrical engineering with at least five years of experience in communications design including at least three years of experience in the design of communications system s for medical facilities and experience in the testing of all systems required by the project. The commissioning specialist shall have a degree in mechanical or electrical engineering, must demonstrate that he/she had significant experience in the commissioning of medical facilities, show that he/she had significant field participation experience in the operation and troubleshooting of mechanical systems and energy management and control systems, indicate that he/she has significant experience in the testing and balancing of air and water systems, and show that he/she has experience in monitoring and analyzing systems operation using energy management and control system trending and stand-alone data logging equipment. Significant experience is defined as a major participant/analyzer/troubleshooter/engineering/decision maker/designer experience in com missioning. Although there are no minimum years of experience, his/her experience must demonstrate that he/she had a major role in the participation and decision making. More years of commissioning experience in the designing/trouble shooting of these sy stems are desirable, but are not mandatory. The Medical Material Transport System Designer must demonstrate that he/she has significant experience in the designing and field testing of the Transport System in a medical facility. There are no minimum years of experience. However, the designer must demonstrate that he/she has a major participation/decision making, design experience, and field testing of the Transport System. More years of experience in the designing of this system are desirable, but are not mandatory. c. Design Quality Management Plan (DQMP): Experience in producing quality designs based on an evaluation of the firms Design Quality Management Plan (DQMP). The DQMP shall include an organization chart and shall briefly address management approach, tea m organization, quality control procedures, including a quality control design checklist, cost control, schedule control, value engineering, coordination of in-house disciplines and any outside consultants, and prior experience of the prime firm and any si gnificant consultants on similar projects. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing of that office. d. Past Performance on DOD and other contracts with respect to quality of work, cost control, and compliance with performance schedules. Evaluation will be based on established Architect-Engineer Contract Administration Support System (ACASS) ratings and other credible documentation included on the SF 330. e. Capacity to Accomplish Work: Capacity to complete Concept Design (35% design) by April 2007 and final design (100% design) by January 2008. The evaluation will consider the experience of the firm and any consultants with similar size and type project s and the availability of an adequate number of personnel in key disciplines. f. Small Business, Small Disadvantaged Business, and Women-Owned Small Business Participation (applies only to Large Business Firms): Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team measured as a percentage of the total estimated effort. g. Volume of DoD Contract Awards in the Last 12 Months, with the objective of effecting an equitable distribution of DOD A-E contracts among qualified firms. NOTE: Following an evaluation of the qualifications and performance data submitted, three or more firms that are considered to be the most highly qualified to provi de the type of services required will be chosen for negotiation. Selection of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the above selection criteria. 4. PARTICIPATION OF THE SMALL BUSINESS COMMUNITY (SBC) This section implements the Participation of Small Business Concerns as Prime Contractors and Subcontractors. It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran owned small busine ss, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns, herein referred to as the Small Business Community (SBC); members of the Small Business Community (SBC), or SB C members. a. To be eligible for membership, a concern must represent itself as a small business, veteran-owned small business, service-disable veteran-owned small business, HUBZone small business, small disadvantaged business, or woman-owned small business concern s. b. To represent itself as a member of the SBC, the concern must meet the appropriate definition as indicated at the solicitation clause 52.219-8 Utilization of Small Business Concerns and documented at Federal Acquisition Regulation (FAR) Parts 2.1 and 1 9.001. c. The Contracting Officer will recognize the integrity and validity of contractor team arrangements; provided, the arrangements are identified and company relationship are fully disclosed and validation of formal agreements and relationships (i.e., Men tor-Prot?g? agreements, joint-ventures, partnerships, etc) are provided in the offer and submitted with the proposal responding to the solicitation. d. Joint-Venture for the purpose of this solicitation is an association of individuals and/or concerns with interests in any degree or proportion by way of contract, express or implied, consorting to engage in and carry our no more than three specific or limited-purpose business ventures for joint profit over a two year period, for which purpose they combine their efforts, property, money, skill, or knowledge, but not on a continuing or permanent basis for conducting business generally. The Joint-Venture Entity must be registered in Central Contract Registration database at www.ccr.gov. 5. SUBCONTRACTING REQUIREMENTS a. Small Business Past Performance. Other than Small Business Concern will demonstrate the extent to which they attained applicable goals for Small Business Community members in contracts that required subcontracting plans and/or contained Federal Acquis ition Regulation (FAR) clause 52.219-9, Small Business Subcontracting Plan. b. The Other than Small Offeror, upon request by the Contracting Officer, shall submit and negotiate a subcontracting plan that separately addresses subcontracting with each set of members of the SBC. The Contracting Officer may require the submission of the subcontracting plan with initial Offers, or at any time prior to contract award. (NOTE: For this procurement, W9128F-07-R-0012, a subcontracting plan will be required with the final fee proposal.) The subcontracting plan shall be negotiated within the time specified by the Contracting Officer. Failure to submit and negotiate the subcontracting plan shall make the Offeror ineligible for contract award. The acceptable and approved subcontracting plan will be incorporated into the resultant contract a nd become a material part thereof. Subcontracting Plan Requirements (1) The small business subcontracting goals for this solicitation are based on a percentage of the proposed total contract amount rather than a percentage of the subcontracting amount as indicated in FAR clause 52.219.9, Subcontracting Plan. (2) A minimum subcontracting goal of 20% of the total proposed contract award; higher proposed percentage amount s will receive a more favorable evaluation rating. The proposed percentage is applied to each category in the percentages indicated below. (a) 51.2% of planned subcontracting dollars to be placed with all small business concerns (SB). (b) 8.8% of planned subcontracting dollars to be placed with small business concerns owned and controlled by socially and economically disadvantaged concerns (SDB). (c) 7.3% of planned subcontracting dollars to be placed with small women owned business concerns (WOSB). (d) 3.1% Historically Underutilized Business Zones (HubZones) (e) 1.5% Service-Disabled Veterans (SDVOSB) (f) TBD % of planned subcontracting dollars to be placed with historical black colleges and universities/minority institutions (HBCU/MI). 6. SUBMISSION REQUIREMENTS: Interested firms having capabilities to perform this work must submit two (2) completed paper copies of SF 330 to U.S. Army Corps of Engineers, Omaha District, CENWO-CT, ATTN: Barbara Young, 106 South 15th Street, Omaha, NE 68102-1618. Submittals must be received no later than 2:00 PM Central Time on 8 February 2007. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.412 will be followed for submittals received after 2:00 PM on the closing date specified in this announcement. Facsimile transmission will not be accepted. SF 330 6/2004 edition must be used and may be obtained from the Government Printing Office or from the following web site: http://contacts.gsa.gov/webforms.nsf/22f268ed0a398629852569a4006ed7cc/ Use no smaller than 12 font size. Include ACASS Number in SF 330, PART I, Section B, Block 5. To obtain ACASS Number, call the ACASS Center at 503-808-4591. Limit response in Block F of SF 330 to no more that six (6) projects. Use no more than one page per project. In Block G. 26 along with the name of the person, include the name of the firm with which the person is associated. In Block H describe the firms overall Design Quality Management Plan. In Block H also indicate the estimated percentage in volvement of each firm on the proposed team. Block H is limited to 20 pages. A PART II of the SF 330 is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. This is not a Request fo r Proposal. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. The A-E Evaluation Board (Selection Board) is tentatively scheduled to commence on 9 February 2007. Phone cal ls to discuss the solicitation are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this solicitation are not allowed. To be eligible for contract award, a firm must be registered with the Central Contractor Registrat ion (CCR) database. For instructions on registering with CCR, please visit the CCR web site at www.ccr.gov. Contracting Point of Contact is Barbara Young, Phone: 402-221-4275 or email: barbara.a.young@usace.army.mil. Technical Point of Contact is Steve Wong, Phone: 719-526-4052 or email: stephen.w.wong@nwo02.usace.army.mil. For questions concerning small business, please contact Hubert Carter, Phone: 402-221-4110 or email: hubert.j.carter@usace.army.mil.
- Place of Performance
- Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
- Zip Code: 68102-1618
- Country: US
- Zip Code: 68102-1618
- Record
- SN01208033-W 20070111/070109220850 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |